NASA's $169M IT services contract to ALL POINTS LOGISTICS, LLC shows mixed value and competition
Contract Overview
Contract Amount: $169,365,193 ($169.4M)
Contractor: ALL Points Logistics, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2016-11-01
End Date: 2022-04-30
Contract Duration: 2,006 days
Daily Burn Rate: $84.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 15
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: IGF::OT::IGF THE CONTRACTOR'S MISSION IS TO PROVIDE MSFC AND MAF INFORMATION TECHNOLOGY (IT) SERVICES TO MEET THE REQUIREMENTS OF THE MSFC OFFICE OF THE CHIEF INFORMATION OFFICER (OCIO). THE CONTRACTOR WILL: (A) OPERATE AND MAINTAIN EXISTING EQUIPMENT, SOFTWARE AND SERVICES; (B) GATHER, ANALYZE, DEFINE, AND DOCUMENT SYSTEMS REQUIREMENTS; AND (C) PLAN, DESIGN, DEVELOP OR ACQUIRE, INTEGRATE, TEST, AND IMPLEMENT NEW SYSTEMS OR ENHANCEMENTS TO EXISTING SYSTEMS FOR THE FOLLOWING SERVICES: PROGRAM MANAGEMENT (PWS 2.0) IT SECURITY SERVICES (PWS 3.0) IT PLANNING, POLICY, AND SERVICE INTEGRATION AND DELIVERY (PWS 4.0) IT INFRASTRUCTURE SERVICES (PWS 5.0) AUDIO VISUAL INFORMATION SERVICES (PWS 6.0)
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35812
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $169.4 million to ALL POINTS LOGISTICS, LLC for work described as: IGF::OT::IGF THE CONTRACTOR'S MISSION IS TO PROVIDE MSFC AND MAF INFORMATION TECHNOLOGY (IT) SERVICES TO MEET THE REQUIREMENTS OF THE MSFC OFFICE OF THE CHIEF INFORMATION OFFICER (OCIO). THE CONTRACTOR WILL: (A) OPERATE AND MAINTAIN EXISTING EQUIPMENT, SOFTWARE AND SERVICES; (B) … Key points: 1. The contract's cost-plus-fixed-fee structure may lead to cost overruns if not managed carefully. 2. Competition was limited, raising concerns about optimal price discovery and potential for higher costs. 3. The contract's duration and scope suggest a significant reliance on the contractor for critical IT functions. 4. Performance context is limited, but the broad range of IT services indicates a complex operational environment. 5. The contractor's role in IT security and infrastructure is crucial for NASA's mission continuity. 6. The contract's value appears substantial, necessitating close scrutiny of performance and cost efficiency.
Value Assessment
Rating: fair
The contract's total value of $169.4 million over its period of performance is substantial. While specific performance metrics and detailed cost breakdowns are not provided, the cost-plus-fixed-fee (CPFF) pricing structure carries inherent risks of cost escalation if not rigorously managed. Benchmarking against similar large-scale IT services contracts for federal agencies is challenging without more granular data on service levels and specific deliverables. However, the broad scope of services suggests a significant investment that requires continuous oversight to ensure value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which is an unusual designation suggesting a complex procurement history or specific justifications for limiting the competitive pool. The number of bidders is not specified, but the designation implies that not all potential offerors were considered. This limited competition could potentially lead to less competitive pricing and reduced incentive for the contractor to offer the most cost-effective solutions.
Taxpayer Impact: Limited competition can mean taxpayers may not have received the benefit of the lowest possible price achievable through a broader, more robust bidding process.
Public Impact
The primary beneficiaries are the National Aeronautics and Space Administration (NASA) centers, specifically MSFC and MAF, which receive essential IT support. Services delivered include IT operations and maintenance, systems requirements analysis, and the planning, design, development, integration, testing, and implementation of new IT systems. The geographic impact is centered at NASA's Marshall Space Flight Center (MSFC) and Michoud Assembly Facility (MAF) in Alabama. Workforce implications include the potential for direct employment by ALL POINTS LOGISTICS, LLC and its subcontractors to fulfill these IT service requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost-plus-fixed-fee contracts can incentivize contractors to increase costs to maximize profit if not properly monitored.
- Limited competition raises concerns about price reasonableness and potential for inflated costs.
- The long duration of the contract (over 5 years) increases the risk of scope creep and cost overruns.
- Lack of detailed performance metrics makes it difficult to assess the true value for money.
- The complexity of managing diverse IT services (security, infrastructure, AV) increases oversight challenges.
Positive Signals
- The contract aims to provide comprehensive IT services, ensuring operational continuity for critical NASA facilities.
- The contractor is responsible for essential functions like IT security, which is vital for protecting sensitive government data.
- The contract supports the modernization and implementation of new IT systems, potentially improving NASA's technological capabilities.
- The award to a single contractor for a broad range of services can lead to streamlined management and integration of IT functions.
Sector Analysis
This contract falls within the Information Technology (IT) services sector, specifically focusing on computer facilities management. The federal IT services market is vast, with agencies increasingly relying on contractors for specialized expertise and operational support. This contract's value of approximately $169 million positions it as a significant award within this domain. Comparable spending benchmarks would typically involve analyzing other large-scale IT support contracts awarded by agencies like NASA, DoD, or other civilian departments for similar scopes of work, considering factors like service complexity and duration.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for the small business ecosystem stemming from a small business set-aside. The primary contractor, ALL POINTS LOGISTICS, LLC, is responsible for fulfilling the contract requirements, and any subcontracting decisions would be at their discretion, not driven by a set-aside mandate.
Oversight & Accountability
Oversight for this contract would primarily reside with the National Aeronautics and Space Administration (NASA) contracting officers and program managers. The contract's cost-plus-fixed-fee nature necessitates rigorous financial oversight to monitor expenditures and ensure costs are reasonable and allocable. Transparency is dependent on NASA's reporting practices and the public availability of contract performance data. While specific Inspector General (IG) jurisdiction is not detailed, NASA's Office of Inspector General typically oversees agency contracts for fraud, waste, and abuse.
Related Government Programs
- NASA IT Services Contracts
- Federal IT Infrastructure Support
- Computer Facilities Management Services
- IT Security Services Contracts
- Cost-Plus-Fixed-Fee Contracts
Risk Flags
- Limited competition may result in higher costs.
- Cost-plus-fixed-fee structure carries inherent risk of cost escalation.
- Performance metrics and value-for-money assessment require further data.
- Contract duration increases potential for scope creep and cost overruns.
Tags
it-services, computer-facilities-management, nasa, all-points-logistics-llc, cost-plus-fixed-fee, definitive-contract, full-and-open-competition-after-exclusion-of-sources, alabama, large-contract, it-security, it-infrastructure
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $169.4 million to ALL POINTS LOGISTICS, LLC. IGF::OT::IGF THE CONTRACTOR'S MISSION IS TO PROVIDE MSFC AND MAF INFORMATION TECHNOLOGY (IT) SERVICES TO MEET THE REQUIREMENTS OF THE MSFC OFFICE OF THE CHIEF INFORMATION OFFICER (OCIO). THE CONTRACTOR WILL: (A) OPERATE AND MAINTAIN EXISTING EQUIPMENT, SOFTWARE AND SERVICES; (B) GATHER, ANALYZE, DEFINE, AND DOCUMENT SYSTEMS REQUIREMENTS; AND (C) PLAN, DESIGN, DEVELOP OR ACQUIRE, INTEGRATE, TEST, AND IMPLEMENT NEW SYSTEMS OR ENHANCEMENTS TO EXISTING SYSTEMS FOR THE FOLLOWING SERVICES: PROGRAM MAN
Who is the contractor on this award?
The obligated recipient is ALL POINTS LOGISTICS, LLC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $169.4 million.
What is the period of performance?
Start: 2016-11-01. End: 2022-04-30.
What is the track record of ALL POINTS LOGISTICS, LLC in performing similar large-scale IT services contracts for the federal government?
Information regarding ALL POINTS LOGISTICS, LLC's specific track record on similar large-scale IT services contracts is not detailed in the provided data. To assess their performance history, one would need to examine past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented issues or successes on previous government engagements. A thorough review would involve looking at the complexity, duration, and value of prior contracts, as well as client agency feedback. Without this external data, it's difficult to definitively gauge their experience and capability in managing a contract of this magnitude and scope for NASA.
How does the pricing structure (Cost Plus Fixed Fee) compare to other IT services contracts of similar scope and duration?
Cost Plus Fixed Fee (CPFF) contracts are common in federal IT services, particularly when the scope of work is not precisely defined at the outset or involves research and development. Compared to fixed-price contracts, CPFF offers flexibility but carries a higher risk of cost overruns for the government, as the contractor is reimbursed for actual costs plus a fixed fee. For contracts of similar scope and duration, agencies often aim for Firm-Fixed-Price (FFP) or Fixed-Price Incentive Fee (FPIF) contracts to encourage cost control. However, the complexity and evolving nature of IT services can sometimes necessitate the flexibility of CPFF. The key to value with CPFF lies in robust government oversight to manage costs effectively and ensure the fixed fee remains reasonable relative to the effort.
What are the primary risks associated with the 'Full and Open Competition After Exclusion of Sources' award type for this contract?
The 'Full and Open Competition After Exclusion of Sources' designation suggests that while the procurement was intended to be competitive, certain sources were excluded based on specific justifications (e.g., sole-source justification for a follow-on, specific technological requirements). The primary risks for the government include potentially limiting the pool of qualified bidders, which can lead to less competitive pricing and potentially fewer innovative solutions. It may also indicate a complex procurement history where initial full and open competition did not yield a suitable award, leading to subsequent restrictions. This can increase the risk of the government not achieving the best possible value due to reduced market participation.
What are the potential implications for NASA's IT infrastructure and security if the contractor fails to meet performance expectations?
Failure by ALL POINTS LOGISTICS, LLC to meet performance expectations on this contract could have significant implications for NASA's IT infrastructure and security. Given the contractor's responsibilities for operating and maintaining existing systems, gathering requirements, and implementing new ones, performance failures could lead to system downtime, data breaches, compromised network integrity, and delays in critical IT projects. This could disrupt research, operations, and administrative functions at MSFC and MAF. Inadequate IT security performance could expose sensitive NASA data to unauthorized access or cyber threats, potentially impacting national security and agency operations. NASA would likely invoke contract remedies, which could include corrective action plans, penalties, or even termination for default, but the immediate impact of failures could be severe.
How has NASA's spending on IT services, particularly computer facilities management, evolved over the past several years, and how does this contract fit into that trend?
NASA's spending on IT services, including computer facilities management, has generally trended towards increased reliance on contractors to manage complex and evolving technological needs. Agencies often seek to leverage external expertise and manage fluctuating workloads through contracting. This $169 million contract, awarded in late 2016 with an end date in 2022, represents a significant, long-term investment in IT support for specific NASA facilities. It aligns with the broader federal trend of outsourcing IT operations and maintenance, as well as system development, to specialized firms. Analyzing historical spending patterns would reveal if NASA has consistently awarded large contracts of this nature or if there has been a shift towards different contracting approaches or service providers over time.
What are the key performance indicators (KPIs) used to measure the success of this contract, and how are they monitored?
The provided data does not specify the key performance indicators (KPIs) used to measure the success of this contract. Typically, for IT services contracts, KPIs would include metrics related to system uptime, response times for service requests, security incident resolution rates, project completion timelines, and user satisfaction. Monitoring these KPIs is usually the responsibility of the NASA Contracting Officer's Representative (COR) and other technical points of contact, who would review contractor reports, conduct site visits, and analyze performance data against contractually defined thresholds. The effectiveness of the CPFF structure also relies heavily on the government's ability to track costs against performance milestones.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: NNM14495731R
Offers Received: 15
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 190 S SYKES CREEK PKWY STE 4, MERRITT ISLAND, FL, 32952
Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $193,844,858
Exercised Options: $174,275,344
Current Obligation: $169,365,193
Actual Outlays: $81,429,884
Subaward Activity
Number of Subawards: 87
Total Subaward Amount: $25,501,993
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2016-11-01
Current End Date: 2022-04-30
Potential End Date: 2022-04-30 00:00:00
Last Modified: 2024-10-22
More Contracts from ALL Points Logistics, LLC
- Purchase of Intersystems Cache' and Healthshare Software in Support of Veterans Information System and Technology Architecture (vista) Platform AS Well AS VA'S Electronic Health Record (EHR) Database — $491.4M (Department of Veterans Affairs)
- Intersystems Software Maintenaince — $432.6M (Department of Veterans Affairs)
- Commodities Enterprise Contract Order for Va-Wide Lifecycle Infrastructure Refresh of Stackable Network Access Switches, Associated Incidental Hardware/Software and Associated 1-Year Standard Warranty Services — $55.1M (Department of Veterans Affairs)
- Delivery Order Under the Department of Veterans Affairs (VA) Commodities Enterprise Contract for the Information Technology Operations and Service, END User Operations National Requirements for Laptops, Personal Computers (PCS), Docking Stations, Adjustable Monitors, Incidental Hardware, Incidental Software, and Warranty Support Services. Furthermore, the Order Includes Optional Quantities of Additional Laptops, PCS, Docking Stations, Adjustable Monitors, Incidental Hardware, Incidental Software, and Warranty Support Services, AS Well AS Standard Installation Services UP to the Maximum Quantities Specified. These Optional Quantities, Excluding Those Specifically Identified AS Delivery Order (DO) Pre-Production Test Units and Standard Installation Services, MAY BE Exercised AT ANY Time Between the Date of Award of ANY Resulting DO and 120 Days Thereafter, and MAY BE Exercised Multiple Times During the Designated Option Period, BUT in NO Instance Shall the Cumulative Quantity of the Options Exercised Exceed the Maximum Quantities Identified. Options for DO Pre-Production Test Units, Only, MAY BE Exercised ONE (1) Time, AT Time of Award, and MAY BE Exercised in Full or in Part. Options for Standard Installation Services MAY BE Exercised AT ANY Time Between the Date of Award of ANY Resulting DO and Twelve (12) Months Thereafter, and MAY BE Exercised Multiple Times During the Designated Option Period, BUT in NO Instance Shall the Cumulative Quantity of the Options Exercised Exceed the Maximum Quantities Identified for Installation Services — $47.8M (Department of Veterans Affairs)
- Commodities Enterprise Contract Delivery Order - Procurement of Networking Appliances, Incidental Software, Incidental Hardware, and Warranties for the Department of Veterans Affairs, Enterprise Voice Solutions Wide Area Netwrok and Local Area Network Core Site Readiness — $27.8M (Department of Veterans Affairs)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →